Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2004 FBO #1103
SOURCES SOUGHT

V -- CC-05-0003

Notice Date
12/1/2004
 
Notice Type
Sources Sought
 
NAICS
488330 — Navigational Services to Shipping
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE Washington Navy Yard, Washington, DC, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
Reference-Number-CC-05-0003
 
Response Due
12/14/2004
 
Archive Date
12/29/2004
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY, OR TO CONTRACT FOR SERVICES. MSC requests information about the cost and availability of four (4) time-chartered tractor-like tugs to support the Government?s requirement in Pearl Harbor, Hawaii, and surrounding waters. Specifics are as follows: 1. LOCATION: Pearl Harbor, Hawaii; 2. MISSION: Tugs to support the Government's requirements; 3. CONTRACT STYLE: Time Charter Contract; 4. DELIVERY DATE: 16 January 2005; 5. VESSEL CHARACTERISTICS: FLAG: USA; CLASSIFICATION: Classed by an IACS Member (not required if the tug is currently operated under MSC contract.); PROPULSION TYPE: Tractor-like propulsion system.; ENDURANCE: 7 days endurance with a minimum operational range of 500 nm.; SHAFT HORSEPOWER: N/A; PERSONNEL CAPACITY: 12 people maximum in addition to master and crew, without provisions for victualling and berthing.; BOLLARD PULL ALL OTHER DIRECTIONS: Minimum 100,000 lbs. forward bollard pull and 70,000 lbs. in all other directions.; TRANSIT SPEED: 11 knots minimum at 80% rated horsepower in moderate weather.; MAXIMUM DRAFT: 16 feet (salt water), fully laden; SEWAGE CAPACITY: Minimum of 24 hrs.; MAXIMUM LENGTH OVER ALL: 110 feet; SURFACE CONFIGURATION: Configured to prevent metal-to-hull contact with surface vessels under normal conditions of pitch and roll.; SURFACE FENDERING: Non-marking fendering, clean and sufficient to prevent metal-to-metal contact with surface vessels under normal conditions of pitch and roll.; SUBSURFACE CONFIGURATION: Configured to prevent metal-to-hull contact with sub-surface vessels under normal conditions of pitch and roll.; SUBSURFACE FENDERING: Non-marking fendering, clean and sufficient to prevent metal-to-metal contact with sub-surface vessels under normal conditions of pitch and roll. Fendering shall be firmly secured to vessel along the entire length. Fendering includes propeller guards, if applicable.; BROW: One brow to allow for the safe transfer of two passengers at a time. The brow shall be a minimum of two feet in width for the entire length. Such brow shall be of sufficient length to assure safe passage of personnel from the tug to the deck of a Trident Submarine. The end of the brow shall be fitted with rubber-coated rollers to prevent metal-to-metal contact between brow and submarine deck; each side shall have handrails and midrails. Transfer of submarines other than TRIDENT class will be required. TRIDENT is only identified as the worst case brow transfer arrangement; HEIGHT FROM WATER LINE: N/A; MAXIMUM BEAM: N/A; FIREFIGHTING EQUIPMENT: Each tug shall have fire-fighting systems capable of providing 3000 GPM at the fire pump. Shall have sufficient fire monitors to provide 360 degree coverage at 1000 GPM at 125 PSI. Shall have minimum of two (2) fire stations, one port, and one starboard. Fire-fighting system shall be capable of having AFFF foam injected into it for fire fighting.; LINES: The tug shall be equipped with sufficient synthetic lines to perform port services.; WINCHES: Each tug shall have a total of three (3) winches for services performed under this contract. Each winch shall have a minimum safe working load of 9,000 lbs. Further, each shall have 40 feet per minute pay-out/haul-in speed. All shall be capable of handling 8? lines.; NAVIGATION EQUIPMENT: Minimum required by the U.S.C.G. for inland and international waters.; COMMUNICATION EQUIPMENT: Minimum required by U.S.C.G. and FCC for inland and international waters. Additionally, shall have radar, fathometer, GPS, external loud hailer, two sets of fixed VHF radios and two sets of portable VHF radios functioning on a marine frequency. Shall have a transceiver capable of working ar 2-30 MHz at 100-Watt output.; PILOT TRANSFER CAPABILITY: Tug shall have sufficient handholds and/or platform to safely transfer pilots to and from vessels under normal sea conditions.; OTHER REQUIREMENTS: Each tug shall be capable of performing work in winds equivalent to Beaufort force 8 (wind speed 34-40 knots). 6. Interested parties shall furnish the following minimum information: a) Name of company; b) Telephone Number, Fax Number, Address, and e-mail address (if available); c) Brief summary of company history relative to similar requirements; d) Name(s) of vessel(s); e) General vessel specifications relative to above vessel requirements; f) Estimated HOURLY Cost/Price for vessel(s); g) Small business standing (i.e. small business, HUBZONE, or large business); 7. It is requested that the above information be provided no later than 14 December 2004, at 2:00 p.m. Eastern Standard Time. Responses should be faxed to (202) 685-5966. The point of contact for this action is Ms. Christy Cochrane at (202) 685-5962 or christina.cochrane@navy.mil or Ms. Stefani Moose at (202) 685-5963.
 
Place of Performance
Address: Pearl Harbor, HI
 
Record
SN00715309-W 20041203/041201212043 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.